Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOURCES SOUGHT

R -- Business Modernization Services

Notice Date
7/19/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Center Acquisition Innovation Frederick;Department of Veterans Affairs;7485 New Horizon Way;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
VA79810RI0181
 
Response Due
8/1/2010
 
Archive Date
8/15/2010
 
Point of Contact
Shawn Sandi
 
E-Mail Address
Contract Specialist Intern
(shawn.sandi@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veteran Affairs Business Modernization Services Notice Type: Sources Sought The proposed North American Industry Classification System (NAICS) is 541611, Administrative Management and General Management Consulting Services. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY (as defined in FAR 15.201(e)), this is not a solicitation. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government. The mission of VBA, in partnership with the Veterans Health Administration (VHA) and the National Cemetery Administration (NCA), is to provide benefits and services to Veterans and their families in a responsive, timely, and compassionate manner in recognition of their service to the Nation. VBA has five lines of business which deliver services and benefits to Veterans. These are: "Compensation and Pension (C&P) "Education "Vocational Rehabilitation and Employment "Insurance "Loan Guaranty Each line of business has several unique software applications enabling the establishment, development and payment of benefit claims. VBA, in conjunction with VA's Office of Information and Technology (OI&T), is currently in the process of modifying, upgrading and replacing a number of these systems as part of a VBA-wide business modernization effort. While OI&T is responsible for the development, deployment and maintenance of these systems, VBA maintains responsibility for all business requirements gathering, user testing, training and organizational change management required to implement new software and hardware, as well as any non-IT support services (e.g., business support services) that provide inputs to system implementation efforts. To execute the above services, the contractor would perform the following activities: The objective of this requirement is to provide on-site business modernization support services to VBA, its business lines and staff offices for a variety of projects. While the majority of this work is anticipated to be in Washington, DC, some task orders may specify alternate sites and will be indicated in task order (TO) Requests for Quotes (RFQs). The Contractor shall provide comprehensive and effective program management of TOs issued under this contract. Contractor staff shall be fully qualified and have the level of experience necessary to accomplish the requirements described herein. In addition, Contractor personnel shall be acceptable to the Government in terms of personal and professional conduct, and in technical knowledge. Furthermore, Contractor personnel are expected to be proficient in using office automation equipment and software and have sufficient written and verbal communication skills to support VBA. Should any Contractor personnel be determined to be unacceptable in terms of technical competency or unacceptable personal conduct while on-site or while working on contract activities, the Contractor shall immediately remove and replace the unacceptable on-site personnel at no additional cost to the Government. Contractor personnel are to serve in a support role, final decisions regarding VBA business will always be made by Government personnel. The following paragraphs describe the services required under this contract. Individual task order RFQs may add additional specificity to the requirements below. Experienced Project Manager (EPM) An Experienced Project Manager is defined as a person with a BA/BS degree who has at least five (5) years experience of successfully managing large-scale information technology projects with a total lifecycle cost greater than or equal to $1 million. The Experienced Project Manager shall also have a Project Management Professional (PMP) certification from the Project Management Institute (PMI). An additional two (2) years of experience (seven (7) total years experience) may be substituted in lieu of a PMP certification from the PMI. Previous experience shall demonstrate the ability to lead and direct cross-functional teams to deliver projects within the constraints of schedule, budget, and scope. Experienced Project Managers shall demonstrate familiarity with the Project Management Body of Knowledge (PMBOK), as well as with Software/Systems Development Lifecycle, including Waterfall, Agile, Six Sigma, and Scrum development methodologies. Project Management Assistant (PMA) A Project Management Assistant is defined as a person with a BA/BS degree, and at least three (3) years of experience using project management principles and supporting a Project Manager or a Program Management Office on information technology projects. Cost/Price/Budget Analyst (CA) A Cost/Price/Budget Analyst is defined as an individual with a BA/BS degree and at least six (6) years of experience primarily in cost/price analysis, but that may also include some finance and budgeting. Cost/Price/Budget analysts will provide cost estimation and analysis, and economic analyses for evaluating the total and marginal costs of alternate ways to accomplish strategic business functions (Cost/Benefit Analysis). Cost/Price/Budget analysts may also be required to provide assistance with financial management, including assistance with budget formulation and execution, manpower planning, and scheduling and resource allocation. Business Process Analyst (BA) A Business Process Analyst is defined as an individual with a BA/BS degree and at least eight (8) years of experience in understanding and organizing business process and workflows to meet organizational missions or goals. An additional three years of experience may be substituted for the degree requirements. Required experience (eight years) for Business Process Analysts will be in at least one of three skill areas: business process reengineering, business process modeling, or lean six sigma/continuous process improvement. The required skill area(s) for a particular TO will be stipulated in the task order proposal request. Market Research Analyst (MA) A Market Research Analyst is defined as an individual with a BA/BS degree and at least four (4) years experience in research related to business development or procurement activities. The Market Research Analyst will provide contemporary information and analysis regarding: the information technology and professional services marketplaces, Government and commercial procurement activity in these marketplaces, and suppliers across all socio-economic categories in service and product delivery. Requirements Analyst (RA) A Requirements Analyst is defined as an individual with a BA/BS degree and at least six (6) years of experience in systems development business requirements analysis, elicitation or documentation. Previous experience shall demonstrate the individual's ability to conduct the early and ongoing work to elicit, document, and refine requirements to be used in determining the tasks in a system development project. The Requirements Analyst must be competent in the use of IBM Rational ClearQuest and the IBM Rational Toolset. Place of Performance All on-site work on this PWS will be performed at VBA offices located at 1800 G Street, NW, Washington, D.C. 20006. At the discretion of the Government and as specified in each individual task order RFQs, work may be performed at the Contractor's site or at another Government site. Travel will not normally be required. However, limited travel within the United States may be necessary. Travel must be approved in advance by the Government and will be reimbursed in accordance with the Federal Travel Regulations. The Government will not be responsible for any relocation expenses associated with moving Contractor personnel to the Washington, D.C. commuting area or other job sites as may be identified in individual. The Government will not be responsible for expenses associated with travel and commuting costs to and from the job site. Contract Period of Performance The period of performance shall be for one (1) twelve (12) month base period and four (4), twelve (12) month option periods. Hours of Contractor Operations Contractor personnel performing on this contract shall maintain a work schedule that coincides with the schedule of VBA. Work performed on TOs issued under this contract must occur within the hours of 0600 Eastern Time (ET) and 1800 ET, except as authorized by the COTR. Services performed at the Government's site must not occur on Federal holidays or weekends, unless authorized in advance by the COTR. Support is to be provided Monday through Friday, unless approved by the Government. Individual TO RFQs may modify these hours of operation. VA observes all federal holidays as recognized by the Office of Personnel Management (http://www.opm.gov/fedhol/index.htm), which may affect the Contractor's ability to access VA facilities. The Contractor shall provide back-up coverage during periods of extended absences of assigned Contractor personnel (five or more workdays) to ensure continuity of services. Type of Contract The contract shall be an IDIQ contract with firm-fixed price and/or labor hour task orders. This allows for flexibility to meet the rapidly changing and demanding requirements of the VA. Submit expressions of interest electronically in Microsoft Word format (no more than 10 pages in length, single spaced, Times New Roman, 12 point font minimum) to include documentation of corporate capabilities in sufficient detail for the Government to determine that your company possesses the necessary expertise and experience to complete the requirement. In addition, submit any lessons learned and best commercial practices that would be utilized for the Business Modernization Services requirement. Since this is a Sources Sought Announcement, no evaluation letters will be issued to the participants. This announcement is not a solicitation and does not bind the Government to award any contract. No solicitations exist at this time. No reimbursement will be made for any costs associated with providing information in response to this announcement. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that any cost estimates provided as a result of this RFI are "best" estimates only. The response time and date to this RFI is no later than 3:00 PM (est.) on Monday, August 1, 2010. All submissions must be submitted electronically, via email, to Mr. Shawn Sandi at shawn.sandi@va.gov. 52.215-3 Request for Information or Solicitation for Planning Purposes. As prescribed in 15.209(c), insert the following provision: Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: Information. (End of provision) This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA79810RI0181/listing.html)
 
Record
SN02209835-W 20100721/100719234345-f89561b0229b4ca3297a7104bdff308e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.